Specifications and Documents

Size: px
Start display at page:

Download "Specifications and Documents"

Transcription

1 Specifications and Documents City of West Haven, Connecticut Water Pollution Control Facility Secondary Sludge Building Pump Station Upgrade Bid No ADDENDUM NO. A. SCOPE. This Addendum No. consists of pages AD- through AD-4. This addendum covers the following additions and changes to the specifications and drawings for this project. B. SPECIFICATIONS.. Section 5 Horizontal End Suction Centrifugal Pumps a. Page 5, Paragraph 2-3. Delete the text (double) in line 8. b. Page 6, Paragraph Delete the text double in this paragraph. c. Page 8. Add the following new paragraph immediately following paragraph 2-7: 2.8 ACCEPTABLE MANUFACTURERS. The pump manufacturer/model shall be one of the following without exception:. Fairbanks/ Cornell/4NNT 3. Flygt/Type NSW 4x4x0LC C. DRAWINGS.. Drawing M-, sheet 3 of 8 a. Replace Drawing M- in its entirety with the revised Drawing M- attached with this Addendum No.. D. RESPONSES TO WRITTEN QUESTIONS FROM BIDDERS.. Question: Do bidders need to submit the entire project manual with the bid? Response: Yes. 2. Question: Which bid form is required to be submitted with bid? ( Proposal Sheet in Request for Proposal on pg. 5 or Bid Form of Sect ). Response: Bid Form of Section The Contract Documents are comprised of the Project Manual and Drawings titled City of West Haven, Connecticut Water Pollution Control Facility Secondary Sludge Building Pump Station Upgrade. Addendum No. March 29, 207 AD- of AD-4

2 3. Question: Both pump suppliers state a reducer from 2 to 4 is necessary for pump on suction side. However this is too severe and may cause cavitation. Response: Drawing M- has been revised and is attached to this Addendum No.. 4. Question: Will the Owner pay for stored materials? Response: The owner will pay for stored materials in accordance with the Contract Documents. See Specification 00800, Paragraph SC Question. Will any pump manufacturers not be considered as acceptable? Response: Specification 5 has been revised in this Addendum No. to list the only acceptable pump manufacturers. 6. Question: Would the attached Yeomans pump be an or equal? Response: Specification 5 has been revised in this Addendum No. to list the only acceptable pump manufacturers. 7. Question: The existing pump pads have signs of deterioration. Is the GC required to repair the deteriorating concrete prior to installing the pumps? Response: The equipment pads shall be repaired in accordance with the Contract Documents. See Specification Question: If concrete repair is required, please confirm the required cure time prior to grouting and placing the new pumps into service. Response: Concrete compounds used for repairs shall be cured in accordance with the Contract Documents. See Specification Question: Is there an access hatch nearby to hoist out/in the new and existing equipment? Response: No. 0. Question: Are there any instrumentation/programming requirements for this project? If yes, who will handle it, the owner or GC? Response: Programming is not required as a part of this project. Instrumentation work is limited to point-to-point replacements as indicated in the Drawings.. Question: Section states that "Contractor shall assume that all paint and coatings on the piping to be removed in this project contains lead, chromium, or other heavy metals, Contractor shall abate all paint, protective coatings, and liners containing detectable quantities of lead, chromium, or other heavy metals that are in areas potentially impacted, damaged, or disturbed during execution of the work". Section 4.03 states the contractor is responsible for a haz mat. survey and if findings come up positive the abatement will be handled as a change order. Please advise if we are to carry abatement measures in our base bid or testing only? Response: Abatement of paint and pipe coatings is included in the base bid as indicated in the Contract Documents. Abatement of other hazardous materials will be handled as a change order if required. See Specification 005, Paragraph 4. Addendum No. March 29, 207 AD-2 of AD-4

3 2. Question: Section states that the bypass pumps must have a minimum capacity of 500 gpm. What is the maximum capacity these pumps shall be designed for? Response: There is no maximum capacity for the temporary pumps; however discharge velocity and noise constraints must be met as indicated in Specification 0500, Paragraph Question: In reference to section please confirm the cure time prior to starting up the new pumps. Response: Grout cure time shall comply with the manufacturer s recommendation in accordance with the Contract Documents. For a dry pack grout, most products have a minimum cure time of 3 days. Other types of grout typically need the full 28 days. 4. Question: In reference to section please provide a paint schedule. This section mentions painting concrete. Is this required? Response: The protective coatings schedule is included in Specification 09940, including the concrete equipment pads. See Specification 09940, Paragraph Question: Section 2.3 calls it out for Chesterton 442 but Section states a double mechanical seal. Which one is required? Response: Reference to mechanical seals as double seals has revised in Specification 5 in this Addendum No.. E. NOTES AS TAKEN FROM BIDDER QUESTIONS AT PRE-BID MEETING OF MARCH 2, Question: Will City of West Haven permit fees be waived? Response: There are no city fees, except for the State Education Fee set at $0.26 per $,000 of construction value. 2. Question: Are the VFDs and pumps under one package? Response: The pump manufacturer is required to provide the AFDs fully coordinated with the pumps in accordance with the Contract Documents. See Specification 5, Paragraph Question: Are the gate valves on the suction side of the pumps operational? This is needed for isolation of the wet well. Response: To our understanding the gate vales will be operational. 4. Question: Are testing fees associated with asbestos containing materials to be included as part of the lump sum bid? Response: Yes. See Specification 005, Paragraph Question: Who pays for electricity? Response: The City of West Haven will pay for normal electricity and water used by the Contractor. Addendum No. March 29, 207 AD-3 of AD-4

4 6. Question: How long do you want the new pumps operation for before consider them acceptable? Response: Substantial completion must be reached. See Specification 00800, Paragraph SC and Specification 0650, Paragraph Question: How may bypass pumps are required? Do you need a standby to be diesel? What are the capacities? Response: Two 500 gpm electric driven bypass pumps are required. See Specification 0500, Paragraph 3. F. SIGN IN SHEET FROM MANDATORY PRE-BID MEETING (ATTACHED). Please acknowledge receipt of all addenda on the Bid Form. Addendum No. March 29, 207 AD-4 of AD-4

5

6 PUMP AND METAL BASE FRAME (TYP) 5'-7"± (TYP) ECCENTRIC REDUCER TO MATCH PUMP SELECTED (TYP) '-0" LENGTH MIN (NOTE 5, TYP) 3/29/7 ADDENDUM NO. CMP WSW WSW APP NO. BY CK REVISIONS AND RECORD OF ISSUE DATE d4468.dwg CYGNET ID: Drawings XREF: WF: ACAD Template.dwg XREF2: SAVED: DAV70209, 3/29/207 2:7:57 PM XREF3: PLOTTED: DAV70209, 2/3/206 :33:36 XREF4: AM USER: DAV70209 DWG VER: 000 XREF5: 2 M0 2 M0 COOLER M0 M0 NOTES:. CONTRACTOR TO CONNECT OVERHEAD SEAL WATER LINES FOR MECHANICAL SEALS, AND TO DRAIN TO EXISTING DRAINS LOCATED AT PUMP BASE. 2. DEMOLISH METAL PUMP BASE FRAMES AND THE GROUT OR CONCRETE FILL WITHIN THE FRAME, ABOVE PUMP BASE, AND FINISH TO LEVEL. STRIKE EXISTING ANCHOR BOLTS FOR PUMP FRAME, TO BE FLUSH WITH CONCRETE BASE. TYPICAL FOR BOTH PUMPS. DEMOLITION PLAN 3/8" = '-0" CHECK VALVE COOLER PUMP AND METAL BASE FRAME (TYP) 3. METAL PUMP BASE FRAMES TO BE ANCHORED INTO BASE WITH ADHESIVE ANCHORS, MINIMUM /2-INCH DIAMETER. ALL BOLTS AND HARDWARE STAINLESS STEEL. CONTRACTOR TO COORDINATE LOCATION OF ANCHOR BOLT HOLES; NUMBER OF BOLTS, BOLT LENGTH, SIZE, EMBEDMENT DEPTH SHALL BE IN ACCORDANCE WITH PUMP MANUFACTURER S RECOMMENDATIONS. FILL FRAME WITH GROUT AFTER ANCHORING IN PLACE. TYPICAL FOR BOTH PUMPS. 4. NEW PUMP SUCTION AND DISCHARGE PIPING TO BE DUCTILE IRON. 5. CONTRACTOR SHALL CONFIRM SUCTION SPOOL PIECE LENGTH WITH PUMP MANUFACTURER. CONTRACTOR SHALL COORDINATE SUCTION AND DISCHARGE PIPING ALIGNMENTS. NOTE 2 NEW 6" GATE VALVE (TYP) MODIFICATION PLAN 3/8" = '-0" NEW 6" SWING CHECK VALVE (TYP) REDUCER TO MATCH PUMP SELECTED (TYP) DISMANTLING JOINT NEW 0"x6" WYE (TYP) NEW 6" PUMP DISCHARGE LINE (TYP) " HOSE CONNECTION AND BALL VALVE NOTES,3 (TYP) WEST HAVEN, CONNECTICUT WPCF SSB PUMP STATION UPGRADE DESIGNED: DETAILED: CMP MDD MECHANICAL DEMOLITION & MODIFICATION PLANS & SECTIONS CHECKED: APPROVED: DATE: 0 /2 FD6000 D4468 M0 SECTION 3/8" = '-0" LEGEND DEMOLISH 2 M0 SECTION 3/8" = '-0" IF THIS BAR DOES NOT MEASURE " THEN DRAWING IS NOT TO FULL SCALE PROJECT NO M- SHEET 3 OF 8